Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOURCES SOUGHT

99 -- Water & Sewer Civil Works MATOC

Notice Date
12/15/2023 11:54:10 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127823R0071
 
Response Due
5/30/2023 12:00:00 PM
 
Archive Date
09/30/2024
 
Point of Contact
Ariel Chamberlain, Kenneth Harlan
 
E-Mail Address
ariel.s.chamberlain@usace.army.mil, kenneth.p.harlan@usace.army.mil
(ariel.s.chamberlain@usace.army.mil, kenneth.p.harlan@usace.army.mil)
 
Description
Market Research and Sources Sought Notice for information on capability and availability of potential contractors to perform design-build construction services in support of the U.S. Army Corps of Engineers (USACE) Civil Works customers within the Mobile District Area of Responsibility. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services for Civil Works within the Mobile District Area of Responsibility. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates constructing projects within the Mobile District Area of Responsibility under the Civil Works program such as grading, paving, raw water systems (intakes, treatment and distribution), wastewater systems (collection, treatment, reuse and/or discharge), stormwater management systems, utility systems, fire suppression systems, small 1-story structures, and other miscellaneous civil works items including rehabilitation, new construction, or a combination thereof. The requirements will include construction based on both Design-Bid-Build and Design-Build methodologies.� Mobile District requires multiple contracting resources to provide support for its diverse range of stakeholders. The prospective projects will be in various locations throughout the southeastern United States including Georgia, Alabama, Florida and Mississippi.� The prospective procurement will involve awarding a $49,000,000 pool of Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) using two-phase construction requirements using selection procedures in FAR Part 36 for projects within the range of $1-15 million. Proposed construction would be over several program years starting in Fiscal Year 2024 with project specific durations in the range of 365 to 750 calendar days.� Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 237110 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), or Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in .pdf format to the following email address: ariel.s.chamberlain@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than May 30, 2023. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/090aab784e174af48a8e8a85ecf84a1a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06914273-F 20231217/231215230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.